Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2014 FBO #4519
SOLICITATION NOTICE

71 -- New Orleans - Sheets / Blankets / Comforters

Notice Date
4/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
420 F Street, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-14-Q-0005
 
Response Due
4/9/2014
 
Archive Date
10/6/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W912NR-14-Q-0005 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 337121 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-04-09 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be New Orleans, LA 70117 The National Guard - Louisiana requires the following items, Brand Name or Equal, to the following: LI 001: B-01F2 Queen Comforter, single diamond, throw, w/rounded corners, 256, EA; LI 002: Z-17 Queen fitted Sheet 100% Cotton/600 thread count, 256, EA; LI 003: Z-18 Queen Sheet 100% Cotton/600 thread count, 256, EA; LI 004: Z-19 Queen Blanket - 100% nylon, plush blanket, machine washable, 256, EA; LI 005: B-01F3 Double Comforter, single diamond, throw, w/rounded corners, 160, EA; LI 006: Z-9 Double Fitted sheets 100% Cotton/600 thread count, 160, EA; LI 007: Z-10 Double Sheets 100% Cotton/600 thread count, 160, EA; LI 008: Z-11 Double Blanket - 100% nylon, plush blanket, machine washable, 160, EA; LI 009: B-14F Twin Comforter, single diamond, throw, w/rounded corners, 32, EA; LI 010: Z-14 Twin Fitted Sheet 100% Cotton/600 thread count, 32, EA; LI 011: Z-15 Twin Sheet 100% Cotton/600 thread count, 32, EA; LI 012: Z-16 Twin Blanket - 100% nylon, plush blanket, machine washable, 32, EA; LI 013: Z-13 Pillow Case 100% Cotton/600 thread count, 632, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - Louisiana intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Louisiana is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Bid MUST be good for 90 calendar days after close of Buy. Furniture for buildings 27 and 41 are requested to have delivery no earlier than (NET) 17 June 2014. Building 40 is requested to be delivered NET 15 July 2014. Building 39 is requested to be delivered NET 19 August 2014. These building are in the middle of remodeling and delivery could be needed as early as the above listed dates, but may me requested to be after the NET dates listed. All buildings are on Jackson Barracks, 6400 St. Claude, New Orleans, LA 70117. Each building has two floors with approximately half of all items delivered to each floor. There are no elevators in any of these buildings. All items are to delivered to their appropriate room. All trash is to be removed by delivery team and taken off post. No deliveries will be accepted on Saturdays, Sundays, or Mondays without requests submitted 7 days in advance. 52.211-6 Brand Name or Equal.(Aug 1999) 52.232-18 Availability of Funds FAR 19.502-2(c) For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule (see 19.102(f)). If exact item is not quoted (see FAR 52.212-1(b)(4)) a specification sheet or other information must be provided that provides sufficient detail for the United States to determine whether or not the substituted product(s) quoted can satisfy the need. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the government requirement, delivery, price, and past performance. Factors other than price when combined may be more important than price. FAR 52.202-1 Definitions, FAR 52.204-7 Central Contractor Registration, FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Item. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.203-3 Gratuities. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.204-7 Central Contractor Registration. FAR 52.219-28 Post-Award Small Business Representation. FAR 52.222-3 Convict Labor. FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-1 Buy American Act - Supplies FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.233-1 Disputes. FAR 52.233-2 Service of Protest. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A, DFARS 252.212-7001 (Dev) Contract Terms and Conditions, DFARS 252.225-7001 Buy American Act and Balance of Payments Program. Contractors must be actively registered with the System for Award Management (SAM) No Partial Bids allowed. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA) and meets our delivery schedule. An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Award quantities may differ slightly due to requirement changes. Annotate discounts for quantity levels that may be higher than what is requested. Funding for each building in this award will more than likely come from different sources and require that multiple purchase orders be created based on the receipt of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/18ff0bb6bba6e519621372f19ec96c54)
 
Place of Performance
Address: New Orleans, LA 70117
Zip Code: 70117
 
Record
SN03331692-W 20140409/140407234330-18ff0bb6bba6e519621372f19ec96c54 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.